By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Communications, Fulfilment and Consumer enabled content management.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Sutton and East Surrey Water
London Road, Redhill, Surrey
For the attention of: Jeremy Downer - Head of Customer Services
RH1 1LJ Redhill
UNITED KINGDOM
Telephone: +44 1737772000
E-mail:
Fax: +44 1737766807

Internet address(es):

General address of the contracting entity: www.waterplc.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Communications, Fulfilment and Consumer enabled content management.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 15: Publishing and printing services on a fee or contract basis
Main site or location of works, place of delivery or of performance: London Road, Redhill, Surrey, RH1 1LJ.

NUTS code UKJ23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
The contracting entity is looking to identify a service provider for the provision of communication printing and fulfilment, Inbound capturing, routing and indexing, document storage with access to consumers, and capability for E-communications. The items to be provided include:
- laser printing,
- insertion and enclosing ready for collection by downstream access provider to meet mailsort requirements,
- postal services,
- procurement and production of base stationery including leaflets and envelopes,
- software solution to allow for customer level access to individual bills, statements, letters and all other correspondence,
- inbound scanning, indexing and routing solution,
- e-communications and Web channel capability,
- integration to current and future applications and systems.
II.1.6)Common procurement vocabulary (CPV)

22000000 - KA11, 72310000 - KA11

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
c750k documents per annum with c1500k inserts per annum. Up to 20k per day. Peak load of c150k documents in February / March each year to be despatched over 3 week period.
Estimated value excluding VAT
Range: between 100 000 and 150 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Company reserves the right to require deposits, guarantees, bonds, or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The seller is entitled to invoice in GBP on monthly basis. The Company will pay the Contractor the agreed price within 30 days.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be set out in full specification to be included with tender document.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Sound Financial Credentials.
Information Security Accreditations including ISO27001.
Already producing transactional mail.
Proof of content management solution to consumer level.
Proof of capability for inbound processing, indexing and routing.
Proof of capability with E-Communication channels.
Ability to work with a downstream access provider.
Ability to undertake Mailsort.
Disaster recovery and peak capacity provision.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The supplier will need to demonstrate current experience of providing the sevrices required.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
SESW/CSD/0002.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 14.6.2013 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.6.2013
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 5 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Interested parties should contact the person named in Section (I.1) by email by the date contained within section IV.3.3 of this notice. The Purchaser will then send out an information pack and require the interested parties to complete and return it in order to be considered for selection to tender. The due date for the required information is given in Section IV.3.4 of this notice.
On completion ofthe selection process those successful will receive a tender document and an envelope in which to return their tender. Unsuccessful parties will be notified and, if requested, will receive a wirtten explanation of why they have been unsuccessful.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: A standstill period will be incorporated at the point when information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
31.5.2013